Loading...
HomeMy WebLinkAboutR-80-0701RESOLUTION $ 0 - 7 0 1 A RESOLUTION ACCEPTING THE BID OF FIREFIGHTERS EQUIPMENT CO. FOR i FURNISHING FIRE FIGHTER HELMETS FOR THE DEPARTMENT Or FIRE ON A CONTRACT BASIS FOR SIX MONTHS; AT A TOTAL ESTIMATED COST OF $25,000.00; ALLOCATING FUNDS FROM THE 1979-80 OPERATING BUDGET OF THAT DEPARTMENT; AUTHORIZING THE CITY MANAGER AND THE PURCHASING AGENT TO ISSUE THE PURCHASE ORDERS FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received September 2, 1980 for the furnishing of Fire Fighter Helmets on a Contract basis for six months for the Department of Fire; and WHEREAS, invitations were mailed to 17 potential suppliers and 6 bids were received; and WHEREAS, funds for this purchase are available in the 1979-80 Operating Budget; and WHEREAS, this equipment will be used by the Department of. Fire for the purpose of replacement of obsolete and worn equipment; and WHEREAS, the City Manager and the Department of Fire recommend that the bid received form Firefighters Equipment Co. be accepted as the most advantageous bid to the City; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI., FLORIDA: Section 1. The September 2, 1980 bid of Firefighters Equipment Co. for furnishing Fire Fighter Helmets to the Department of Fire on a Contract Basis W for six monthsat a total estimated cost of $25,000.00 is hereby accepted with funds hereby allocated from the 1979-80 Operating Budget of that department. Section 2. The the City Manager is hereby authorized to instruct the f Purchasing Agent to issue the Purchase Orders for this equipment. CD PASSED AND ADOPTED this 25 day of SEPTEMBER 1980. MAURICE A. FERRE st: City Clerk PREPARED AND APPROVED BY: i ��►�FWL ;�Qi/lloc ROBERT F. CLARK ASSISTANT CITY ATTORNEY M A Y 0 R "DOCUM''I'1i ITEM NO. "-9 " AP V � `SASS TO _F1O I AN CORRECTNESS: GEORGA F. KNOX, JRJ CITY TTORNEY CITY COMMISSION MEETING OF SEPu 5 1980/iFANWW 8 V ~ O ��MM�AMN �M 1"W" ft" .. BID SECURITY ` . ITEM FIRE FIGHTER HELMETS DATE 6101RECEIVED SEPTEMBER 2, 1980 Dept. of Fire - - TYPE OF SECURITY BIDDER TOTAL AMOUNT' SAFETY EQUIPMENT CO. OF FLA. Cashier s Chec 20352 N. E. 16th Place North Miami, Fla 33179 $10,375 $518.75 SunBank of Miami SSun BISCAYNE FIRE EQUIPMENT $11,350.00 $567.50 Cashier's Check #44-31211 2950 N. W. 7th Avenue The First State Miami, Florida 33127 Bank of Miami SAFETY SERVICE CO.,INC. $10,500.00 $525.00 Cashier's Check #57428 6 Walter Martin Road Ft. Walton Beach, Fla 32548 First City Bank of Ft. Walton Beach F1 BROWARD FIRE EQUIPMENT & SERV.IN $10,915.00 $545.75 Cashier's Check #27221 101 S. W. 6th Street Ft. Lauderdale, Florida 33301 Sunniland Bank Ft. Lauderdale FIRE FIGHTERS EQUIPMENT,CO $10,110.00 5% BB P. 0. Box 60189 Jacksonville, Florida 32205 CAIRNS & BROTHERS,INC. Certified Check 60 Webro Road $13,000.00 $650.00 #7200 Clifton, N. J. 07012 Cairns & Brothers I NO RTD- Fountain Fire Extinguishers Sale3 & Service,Inc. ABC Fire Equipment Fountain Fire & Safety Equipment Tom Wright & Associates East Coast Fire Equipment W. Q. Dowling Fire Equipment 46e61,104 1*I0 Mier de<<r169d cheeks this ray MI 0-4slOR ACCOUNTING DIVISION i Asa a • *�� oti Sun Bank of Miami N2 755 Miami, Florida 33155 6 Ei70 2 702 September 2,_19 80 REMITTER Marque Farrell 1II�,i" CORAL II' FI1fib GAp'��N 1I:`' I $ 518.75*** PAY TO THE ORDER **City Of Miami, Florida** CASHIER'S CHECK OF Authorized Signature 11e00010 ? 5 5ii' •1:06 700 70 201: 70 2 099009111 70911a NA.,A"O. FORM 10 •-_• r...• .. 153.376 The First State Bank of Miami eeo -; N2 44-31211 �i' M[ML[II /[OLII�� IIL{LIIVI .Y�tLM HIALEAH•MIAMI SPRINGS BRANCH Auaust 80 F111ST STATE: +" PAY SANKAF MIAMIC� ��IU,I,1� 11�!RR�I �ullll r, I ��� S **r567.50** __.__ TO THE ORDER OF City of Miami - - - - - - CASHIER'S CHECK 41 BID #79-80-105 act r AUTHORIZED SIGNATURE 003i211ill' 1:0660037531: 118444 0020638118 LJ F OLLOV Y R'�r Wit:•.+.._.. .- _. ,. ,� *'s7Rit�ltrr�'. NOTICE THE PURCHASE OF AN INDEMNITY BOND WILL BE REQUIRED No. 5 7 4 2 8 �' BEFORE ANY CASHIERS CHECK IN THIS BANK WILL UE ��t REPLACED OR REFUNDED IN THE EVENT IT IS LOST OR STOLEN. 6356G163:: 4.YJV DATE AM26 80 19 FORT WALTON BEACH, FLORIDA PAY TO THE ORDER OF TheCity Of Miami, Miami, Fla. $ 525.00 1e1=ST,1aCTJdot Y Bl•DOLLARS Safety Service Co. Inc. ai�e u`-40632u105661: 90 2i2 81i' 1[L ' +ram i 6 1 r ` t � . • .yr�s . s • UiYAULAND BANK No. 27221 424 WEST SUIJRISE BOULEVARD ' FORT LAUDERDALE, FLORIDA 33311 63.978/670 REMITTER AUG . 26 1980 BROWARD FIRE EQUIPMENT CO. PAY TO#�E9-80-105 ORDER OF ******CITY OF MIAMI, FLORIDA S 545.75 SUNNI�o.,If. C��' u'' ' DOLLARS 1i i„ w t, x . x CASHIER'S CHECK 0:067009?8so: 90 %90!0�zll' i5 AINIERICAIV I%A'i'IOIVAI.. Bunk 6 7ruH •1 %O f* Jersev UP-C" M0147CLAsn. N J 07043 PAY TO THE ORDER OF; City OF MiaM i 55.233 CAIRNS & I3110TIUM, INC. 212 MANUFACTURERS OF EQUIPMENT FOR FIREMEN No. L^ O O 854 BLOOMFIELD AVE. CLIFTON, N.J. 07012 ///// Q nOD1,TE *ACII C110 AMOUNT 8800 �., t�2 tv $650.00 �rn ~ p=Z * ,so z BCD * WPM -1O �nOZ Ot1if� 10 0H Z =�is Ln 1 _�.� Ul o 10 C3. i01gCD W -' 'AUTHORIZED SIGNATURE C IC3 .. CIITIPICATION 0001 1:02L210102331: OL0503000Lill 00 NOT 11MOV1 TN11 LAM-, CITY OF MIAMI, FLORIDA REQUISITION FOR QUANTITY REPRESENT/ DEPARTMENT ADVERTISEMENT FOR BIDS REQUIREMENTS FOR MONTMIS L J DEPTIDIV ACCOUNT CODE. 260001-•075 Q BID NO, 7;14Ju-105 DATE Aupu`t lie, .19'0 Ot PREPARED BY Aa,,.,, 'Jill PHONE a79-0— Z iii�CODE ITEM DESCRIPTION QUANTITY UNIT~ PRICE AMT.` iZ �3L D C U IV' i;_ � � Mr� cr FDLLOW>, TOTAL v BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ;art+ i ADVERTISE ON BIDS TO BE RECEIVED ON I ESTIMATED COST :.. APPROVED BY: CONTRACTUAL: $ INCIDENTAL: $ 11 '�•�'I' ~~ DIRECTOR OF ISSUING DEPARTMENT TOTAL $ :'•`+..1<+U '.;t: SOURCE OF FUNDS: TO be filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED--_C �Ieee /C - Xe, EXPENDITURE CONTROLLER PROJECT CODE AD CODE ' COPIES To, Purchasing (il — City Manager — City Clerk—Ii.%punditure Conti — Issuing Department — Other A//ectrd DeporJNim FORM NO. 1043- REV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD Legal Advertisement Bid No, 79-80-105 Senl.ed bids will be received by the City Mannger .and City Clerk of the City of Miami, Florida no later than 10:00 A.M. , September 2, 1980 ter furnishing 250 Fire Fighter Helmets for the Department of Fire In accordnoce with detailed specifications available upon request at the office of the Purchasing; P,gent, Purchasing Division, 3318 Pan American Drive, Miami, telephone 579••6380. The City Manager has the power to reject all bids and rendverti.se. Joseph R. Grassie City Manager "s l'.J d P� ' ~/ = ,= Zia 34�� Mr. Richard L. Foomoan `' September l%, 1980 'uc City Manager ` Recommendation for Resolution and Award of 8±6: No. 79-80-105 Fire Fighter Helmets and Spare ^y.. Pacto [. �u1'1oa ` Award of Did, Tabulation, — - ' ' ` � Purchasing Agent Resolution / It is recommended that the award be made and a resolution be pooee6 accepting the most advan- tageous bid as received ment Co. for furnishing Fire Fighter Helmets on Pursuant to public notice, sealed 6iJa were received September 2, 1980 for furnishing Fire Fighter Helmets and Spare Parts on a Contract Dunio for the Department of Fire. Invitations were moiled to 17 potential suppliers and 6 616o were received as per the attached tabulation. Funds for this purchase are available in the 1979-80 Operating Budget. This equipment is to replace obsolete and worn helmets. As initial purchase of 497 helmets and spare ports will be made at o coot of $19.981^81, Ihe DepoctmenL of Fire concory with this reuommanJution. 6LX:un ~ M _ y�f\� ��\�y� ��L.Y �� ���� . ) ! °° . iLn � ��� `. = - / ~��_ � . , Bid No. 79-80-105 ITEM: Fire Fighter Helmets DEPARTMENT: Fire TYPE OF PURCHASE: Initial purchase and contract for 6 months REASON: Replacement of obsolete and worn equipment POTENTIAL BIDDERS: 17 BIDS RECEIVED: 6 TABULATION: Attached FUNDS: 1979-80 Operating Budget CERTIFIED AS TO AVAILABILITY OF CZ FUNDS/ SOURCE_ Department of Finance BID EVALUATION: All bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bic] Number of Category Invitations Mailed Responses Prior Bidders 6 5 New Bidders 11 1 Minority Bidders -0- -0- Courtesy Notifications -0- -0- "No Bids" 7 Totals 17 13 Reasons for "No Bic!" were as follows; 1. Specified equipment not available at this time. 2. Specifications do not specify manufacturer name, we will only bid manufacturer name brands. RECOt0IE'D]DATTON; TT IS I2ECU;ir1ENDEll THAT !'FIE AWARD BE MADE TO FIREFIGHTERS EQUIPMENT CO. The Department of Fire concurs. Purchnsing Agent r` Date 3 b., 7 01.